MODIFICATION
70 -- Multi-Function Copier/Printer/Scanner - Amendment 1
- Notice Date
- 8/23/2011
- Notice Type
- Modification/Amendment
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Kansas State Office, 760 South Broadway, Salina, Kansas, 67401-4642
- ZIP Code
- 67401-4642
- Solicitation Number
- AG-6215-S-11-0001
- Archive Date
- 9/30/2011
- Point of Contact
- Molly Hemstock, Phone: 7858234506
- E-Mail Address
-
molly.hemstock@ks.usda.gov
(molly.hemstock@ks.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NO. 1 AMENDMENT NO. 1 Natural Resources Conservation Service (NRCS) Kansas Solicitation No. AG-6215-S-11-0001 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number AG-6215-S-11-0001 is being issued as a Request for Proposal (RFP). Responses are due by 2:00 p.m. Central Standard Time, August 25, 2011, at USDA-NRCS (Attn: Molly Hemstock), 760 South Broadway, Salina, Kansas 67401. PROPOSALS SUBMITTED VIA FACSIMILE OR E-MAIL WILL NOT BE ACCEPTED. Contact Molly Hemstock, Purchasing Agent, via telephone at (785) 823-4506 or by e-mail at molly.hemstock@ks.usda.gov for information regarding the solicitation. Rhonda G. Sulsar is the Contracting Officer on this solicitation. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-50. The Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses and provisions referenced in this solicitation can be found respectively in full text format at http://www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar04.pdf. This acquisition is set-aside for Small Businesses. The North American Industry Classification System (NAICS) Code is 423430. The small business size standard is 100 employees. The Government anticipates this solicitation will result in the award of a Firm Fixed Price Contract. The estimated award date of the contract is September 1, 2011. Delivery should be 60 days from date of award. Offerors must submit a proposal for the following line items: Item No. Description Unit Quantity Proposed Price 1 Multi-Function Copier/Printer/Scanner Each 95 $____________ Description of Multi-Function Copier/Printer/Scanner Requirements: • Must be listed as "Certified" on the IT Resources Hardware list (see IO LAB LISTING.pdf). If the proposed unit is not listed as "Certified" or not listed on the attached IT Resources Hardware list, it will be considered nonresponsive. • Multi-Function Copier/Printer/Scanner • Automatic document feeder • Duplex • Collate, sort (does not need to staple) • Copy, print, scan up to 11" x 17" • Full color copy/print/scan • 300 dpi • At least 22 copiers per minute for copier • Able to scan to.pdf and email • Fax is not required Each office listed below will have an older copier to use as a trade in. The copier trade in information such as model and serial number will be provided upon award. Physical addresses will be provided at time of award. One unit will be shipped to each of the USDA NRCS Service Center in the following cities: 1. Atwood 2. Oberlin 3. St. Francis 4. Colby 5. Goodland 6. Hoxie 7. Garden City 8. Lakin 9. Syracuse 10. Hays 11. Russell 12. WaKeeney 13. Leoti 14. Scott City 15. Tribune 16. Ness City 17. Dighton 18. Jetmore 19. Osborne 20. Hill City 21. Stockton 22. Sharon Springs 23. Oakley 24. Smith Center 25. Norton 26. Phillipsburg 27. Dodge City 28. Ashland 29. Cimarron 30. Meade 31. Great Bend 32. La Crosse 33. Larned 34. Hugoton 35. Liberal 36. Lincoln 37. Ellsworth 38. Salina 39. Marion 40. Lyons 41. McPherson 42. Medicine Lodge 43. Anthony 44. Pratt 45. Greensburg 46. Kinsley 47. St. John 48. South Hutchinson 49. Kingman 50. Ulysses 51. Johnson 52. Sublette 53. Wichita 54. Newton 55. Wellington 56. Burlington 57. Garnett 58. Mound City 59. Columbus 60. Altamont 61. Girard 62. Emporia 63. Council Grove 64. Eureka 65. Fredonia 66. Independence 67. Howard 68. Iola 69. Erie 70. Fort Scott 71. Paola 72. Ottawa 73. Winfield 74. El Dorado 75. Abilene 76. Clay Center 77. Minneapolis 78. Belleville 79. Beloit 80. Concordia 81. Mankato 82. Effingham 83. Oskaloosa 84. Troy 85. Hiawatha 86. Holton 87. Seneca 88. Lyndon 89. Lawrence 90. Topeka 91. Washington 92. Marysville 93. Westmoreland 94. Alma 95. Manhattan The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The Evaluation factors are listed in order of importance and all factors other than price when combined are more important than price. The overall evaluation criteria of the Contractors' proposals are provided below. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following factors shall be used to evaluate offers: FACTOR 1 - Compliance/ Capacity, Previous Experience and Past Performance Instructions to offeror: Include a statement demonstrating the ability to comply with the terms and conditions of the contract and capacity to meet the delivery schedule and delivery to the multiple sites. Additionally, describe, and support with examples, the quality and timeliness of performance under previous contracts. Include a minimum of 2 references with the following information: (a) Company/Government Name, (b) complete address, (c) point of contact, (d) telephone/fax number, (e) contract number, (f) contract type, (g) contract amount at award, (h) contract amount at completion, (i) brief description of work provided. Evaluation Criteria: Offerors will be evaluated on the ability to comply with the terms and conditions of the contract and the ability to meet schedules and deadlines relative to production quantity. FACTOR 2 - Price Instructions to Offeror: Offeror should complete prices in the table on page 1. Evaluation Criteria - To evaluate offers for award purposes, the Government will apply the offeror's proposed fixed-prices to the quantities included in the solicitation. These prices will be evaluated to determine reasonableness of the price. A comparison of the proposed prices, government estimate, and/or market values will be used. Offerors are put on notice that any proposals that are unrealistic in terms of technical commitment or unrealistically low in price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity of contract requirements and may be grounds for rejection of the proposal. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and the following FAR clauses cited in that clause are applicable to this acquisition: 52.203-6; 52.203-13; 52.219-6, 52.219-8; 52.219-14; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52-222-54; 52.225-13; 52.232-33. The following AGAR clauses/provisions apply to this solicitation: 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. Work that, in the opinion of the CO, does not meet data quality standards will be returned to the Contractor for correction. Inconsistencies/edits may be reviewed, resolved and approved via communications. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2011) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541191 (2) The small business size standard is $7 Million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it __is, __ is not a small business concern. (2) The offeror represents, for general statistical purposes, that it __is, __is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) The offeror represents as part of its offer that it __is, __is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that- (i) It __is, __is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It __is, __is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: __________.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that- (i) It __is, __is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It __is, __is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) The offeror represents as part of its offer that it __is, __is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.] The offeror represents as part of its offer that it __is, __is not a service-disabled veteran-owned small business concern. (8) The offeror represents, as part of its offer, that- (i) It __is, __is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It __is, __is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/KSSO/AG-6215-S-11-0001/listing.html)
- Place of Performance
- Address: Various USDA NRCS Service Center Offices in Kansas., Kansas, United States
- Record
- SN02546187-W 20110825/110824000350-4ba93e81c529be1d0a9ea03dded3a5ae (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |